Loading...
HomeMy WebLinkAboutR-98-0566J-98-579 6/1/98 RESOLUTION NO. 9 8 -" 566 A RESOLUTION, BY A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION, AFTER A DULY ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF SOLE SOURCE; WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND APPROVING THE PROCUREMENT OF PHYSIO CONTROL CARDIAC LIFE SUPPORT EQUIPMENT MAINTENANCE SERVICE FROM PHYSIO CONTROL CORPORATION, THE SOLE SOURCE PROVIDER FOR SAID SERVICE, FOR THE DEPARTMENT OF FIRE -RESCUE, FOR AN INITIAL TERM OF THREE YEARS, AT A TOTAL ANNUAL AMOUNT NOT TO EXCEED $66,012.00, WITH THE OPTION TO RENEW FOR TWO ADDITIONAL ONE-YEAR PERIODS AT A RE- NEGOTIATED PRICE, PROVIDING FOR REPEALER AND SEVERABILITY CLAUSES; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 280601-270. WHEREAS, the maintenance of Physio Control Cardiac Life Support Equipment is critical as it is used in the treatment of life threatening situations and must be maintained at all times and in proper working order; and WHEREAS, in the course of daily use, mechanical and electrical failures are encountered and the continuance of a maintenance and performance assurance program are essential; and WHEREAS, funds for said service are available from the Department of Fire -Rescue's General Fund, Account Code CITY COUMMON, MEETING Og JUN09w fWW1UU= No. 98- 566 No. 280601-270; and WHEREAS, Physio Control Corporation is the sole source manufacturer of the existing Physio Control Cardiac Life Support Equipment and the distributor of replacement parts and supplies for the Lifepak monitors/defibrillators/pacemakers used by the City; and WHEREAS, the Chief Procurement Officer has adopted a finding that Physio Control Corporation is the only vendor able to provide maintenance services on its Cardiac Life Support Equipment; and WHEREAS, the finding of the Chief Procurement Officer has been approved and adopted as the finding of the City Manager; and WHEREAS, the City Manager and the Director of the Department of Fire -Rescue recommend that the requirements for competitive bidding procedures be waived and the procurement of Physio Control Cardiac Life Support Equipment maintenance services from Physio Control Corporation, the sole source provider, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this section. Section 2. By a four -fifths (4/5ths) affirmative vote of the members of the City Commission, after a duly advertised public hearing, the City Manager's finding of sole source, - 2 - 98- 566 waiving the requirements for competitive bidding procedures, and approving the procurement of Physio Control Cardiac Life Support Equipment maintenance services from Physio Control Corporation, the sole source provider for said service, for the Department of Fire -Rescue, is hereby ratified, approved, and confirmed, for an initial term of three years, at a total annual amount not to exceed $66,012.00, with the option to renew for two additional one-year periods at a re -negotiated price, providing for repealer and severability clauses, with funds therefor hereby allocated from Account Code No. 280601-270 for said procurement. Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this9th day of June 1998. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayer did not indicate approval of this legislation by signing it in the designated place provided, said iegislati;nr: now becomes effective with the elapse of ten (10) days from the date of Commission regarding same, without the Mayor exercisin ATTEST: W Iter man, City Clerk WALTER J. FOEMAN CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIAZ ASSISTANT CITY W2613:BSS - 3 - 9$- 566 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Honorable Mayor and DATE : May 22, 1998 FILE ";,Tembers of the City Commission SUBJECT : Contract Agreement; Physio-Control FROM �+M : ona d H. Warshaw REFERENCES City Manager ENCLOSURES: RECOMMENDATION: It is hereby requested that the City Commission adopt the attached Resolution, by a four -fifths (4/5ths) affirmative vote of the members of the City Commission, after a duly advertised public hearing, ratifying, approving, and confirming the City Manager's finding of sole source; waiving the requirements for competitive sealed bids and approving the engagement of Physio Control Corporation, 11811 Willow Road NE, Redmond, WA (a non-minority/non-local vendor) on a contract basis for three (3) years, with the option to renew for two one-year periods, to provide maintenance of the Cardiac Life Support Equipment originally acquired from Physio Control, on an annual basis not to exceed $66,012.00; allocating funds therefore from the Department of Fire - Rescue Account Code 280601-270. BACKGROUND: The Department of Fire -Rescue has been utilizing equipment provided by Physio Control Corporation since at least 1984, and this maintenance as requested herein has been previously approved as a sole source pursuant to Resolutions 84-656 and 88-801. The Department of Fire - Rescue later ran an extensive field test in 1990-91 which involved the major vendors of this type of equipment. The results of this test demonstrated the Physio Control product 2B is superior in function and reliability. Because of this we proceeded to upgrade our existing Cardiac Life Support Devices to the Physio Control products. The maintenance of this Cardiac Life Support Equipment is critical as it is used in the treatment of life threatening situations and must be maintained at all times and in proper working condition. In the course of daily use, mechanical and electrical failures are encountered; therefore, the continuance of a maintenance and performance assurance program is essential. As the Chief Procurement Officer has deemed the acquisition of maintenance services by Physio Control Corporation as a sole source, it is therefore recommended at this time that the City Commission ratify the City Manager's finding of sole source and authorize the acquisition of these services. JGP/CtG/ML K/pmk CoverftysioConuol.doc CITY OF MIAMI; FLORIDA INTER -OFFICE MEMORANDUM TO : Judy S. Carter, Director DATE : May 4, 1998 FILE Department of Procurement SUBJECT Contract Agreement; Physio Control FROM i/� /' REFERENCES Chief C.A. Gimenez, Director ENCLOSURES: Department ofFire-Rescue This department has verified with the Department of Budget that funds are available to cover the cost of the subject contract in the amount of $58,068.00 for FY 1997-98, from the Department's General Operating Budget Code #280601.270. BUDGETARY REVIEW & APPROVAL: i1 r DIPAK PAREKH, DIRECTOR OFFICE OF MANAGEMENT AND BUDGET tt CAG/MLK/pmk FundingphysioControl.doc G �1 98- 566 .0- CITY OF MIAMI, FLORIDA Jose Garcia -Pedrosa TO City Manager INTER -OFFICE MEMORANDUM May 13, 1998 DATE: FILE : Sole Source Request for Maintenance SUBJECT: Services to the Physio Control Cardiac Life Support Equipment FROM: Judy er REFERENCES: Chief ocur ent Officer ENCLOSURES: An investigat n was conducted by staff in order to determine whether Physio Control Corporation, a non-minority/non - local vendo ocated at 11811 Willow Road NE, Redmond, Wa. 99073, is the sole source provider for maintenance services for the Cardiac Life Support Equipment provided to the Department of Fire -Rescue by the Physio Control Corporation. The City of Miami has deemed Physio Control Corporation as a sole source provider since 'at least 1984, and pursuant to Resolutions 84-656 and 88-801, has approved the provision of maintenance services for the Physio Control Cardiac Life Support Equipment used in the treatment of life threatening situations for the Department of Fire -Rescue. This equipment must be maintained at all times and in proper working conditions. According to Physio Control Corporation, they are the sole source provider and distributor of replacement parts and supplies • , _ for the Lifepak monitors/defibrillators/pacemakers used by the City. The use of supplies, accessories, or parts from sources other than the Physio Control Corporation may void any product warranty on those products. Physio Control also provides all replacement parts on its equipment, and the use of parts from Physio Control ensures that parts are interchangeable from one of its products to another. In addition, the Department of Fire -Rescue recently purchased 2 Lifepak 11 Diagnostic Cardiac Monitors, and 13 Defibrillators/Pacemakers. The purchase of these items would work in conjunction with the equipment previously acquired from Physio Control, and the acquisition of this most recent equipment was deemed a sole source. Pursuant to this request for a sole source finding, the maintenance services herein requested would maintain this equipment along with existing equipment purchased also under a sole source finding. The proposed cost for the maintenance services requested herein is in the amount not to exceed S66,012.00. Funds for the purchase of these items will be allocated from the Department of Fire -Rescue, Account Code No. 280601-270. Therefore, I am recommending that the requirements for competitive bidding be waived and the above findings be approved: that Physio Control Corporation, a non-minority/non-local vendor located at 11811 Willow Road NE, Redmond, Wa. 98073 is the sole source provider for the maintenance services on its Cardiac Life Support Equipment, on behalf of the Department of Fire -Rescue. I A cc: hief C.A. Gimenez Sole Source File APPROVED: Farcia-Pedrosa Manager DATE: 6-r 19 19 e ZJprocuremenbbids/wordSOLESOURCEPhysio-Coretrol97 98- 566 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy S. Carter DATE May 13, 1998 FILE Chief Procurement Officer SUBJECT Sole Source Request for Maintenance Services to the Physio Control Cardiac /'7 Life Support Equipment 'Lti � it-e�Lf. FROM'. Pamela E. Burns REFERENCES: Sr. Procurement Contracts Officer ENCLOSURES: An investigation was conducted to determine whether Physio Control Corporation, a non-minority/non-local vendor located at 11811 Willow Road NE, Redmond, Wa. 98073, is the sole source provider for maintenance of the Cardiac Life Support Equipment utilized by the Department of Fire -Rescue and acquired from Physio Control Corpqration. The City of Miami has deemed Physio Control Corporation as a sole source provider since at least 1984, and pursuant to Resolutions 84-656 and 88-801, has approved the provision of maintenance services of the Physio Control Cardiac Life Support Equipment used in the treatment of life threatening situations for the Department of Fire -Rescue. This equipment must be maintained at all times and in proper working conditions. According to Physio Control Corporation, they are the sole source provider and distributor of replacement parts and supplies for the Lifepak monitors/defibrillators/pacemakers used by the City. The use of supplies, accessories, or parts from sources other than the Physio Control Corporation may void any product warranty on those products. Physio Control also provides all replacement parts on its equipment, and the use of parts from Physio Control ensures that parts are interchangeable from one of its products to another. In addition, the Department of Fire -Rescue recently purchased 2 Lifepak 11 Diagnostic Cardiac Monitors, and 13 Defibrillators/Pacemakers. The purchase of these items would work in conjunction with the equipment previously acquired from Physio Control, and the acquisition of this most recent equipment was deemed a sole source. Pursuant to this request for a sole source finding, the maintenance services herein requested would maintain this equipment along with existing equipment purchased also under a sole source finding. The proposed cost for the maintenance services requested herein is in the amount not to exceed $66,012.00. Funds for the purchase of these items will be allocated from the Department of Fire -Rescue, Account Code No. 280601-270 Therefore, I am recommending that the requirements for competitive bidding be waived and the above fmdings be approved: that Physio Control Corporation, a non-minority/non-local vendor located at 11811 Willow Road NE, Redmond, Wa. 98073 is the sole source provider for the maintenance services on its Cardiac Life Support Equipment, on behalf of the Department of Fire -Rescue. Procurement Officer JSC:CMC:PEB cc: Chief C.A. Gimenez Sole Source File DATE: TJprocuremendbids/wordSOLESOURCEPhysio-Control97 gg- 566 Pricing Worksheet CONTRACT PRICING WORKSHEET -._. # of Months # of I repairs covered Inspections Price of 1 Total I (up to 12 months) per unit Inspection Price 12 _ ._. _ ._ $5,640.00 12 ...----------..... -v--- - ........ $4,128.00 12.-------------------------=-----•----------...-------------... - $24,180.00 ----- 12 $15,168.00 CUST NAME: Type of POS # of Price/unit/ Equipment (Y if yes Units from sheet LP200 N 1 10 $564.001 LP250 N 8 $516.00 LPSM/D LP10 N N 31 16 $780.00 $948.00 LP11 M N 1 13 $552.00 12 $7,176.00 ----------------------- LP11 D N 1 2 $432.00 .... -......... 12 $864.00 .---------------------v= ------------ _ ....----........_... . 12: $240.00 - ---------- ------ _. 12 ` $672.00 EVR N 1 $240.00 LP10C N 2 $336.00 $0.00 Subtotal ___---6-iscount $58,068.00 Discount $ $ - % 0.00 Case Changes, accessories included, etc ... (not discounted) Description J#Unts Price I I Ext Price City of Miami Fire $0.00 1997/1998 pricing Sox() ($12.00) Total $58.056.00 Rounded Tofat $58.056.00 NET PRICE SUBTOTAL (from contracts billable page) OTHER AMOUNT to put on conbaetsbillablepage) ($58,068.00) �w. Page 1 98- 566 Pricing Worksheet CONTRACT PRICING WORKSHEET # of Months # of repairs covered Inspections Price of 1 Total (up to 12 months) per unit Inspection Price 12 $5,640.00 1 12 __..... . . ................... ........... $4,... 128.00 1 12 $24,180.00 1 12 . $17, 064.00 CUST NAME: Type of POS # of Price/unit/ Equipment (Y if yes Units from sheet LP200 N 10 $564.00 LP250 N 1 8 $516.00 LPSM/D I N 1 31 $780.00 LP 10 I N 1 18 $948.00 LP11 M N 15 $552.00 12 `....................... - $8,280.00 LP11 D N 15 $432.00 12 -- - ------------ : $6,480.00 12 $240.00 EVR N 1 $240.00 ----------------------- $0.00 ---------- ---------------- - - ------ $0.00 Subtotal ---- - - - _ - __ - - - - - $66,012.00 Discount $ IDiscount % 10.00 Case Changes, accessories included, etc ... (not discounter!) Description #Unts Price Ext Price City of Miami Fire $0.00 1998/1999 pricing som ($12.00) Total $66.000.00 Rounded Total $65.000.00 NET PRICE SUBTOTAL (from contracts billable page) OTHER AMOUNT to put on con&actsbillable ($66,012.00) 'a,- Page 1 98- 566 Pricing Worksheet CONTRACT PRICING WORKSHEET - - # of Months # of repairs covered Inspections Price of 1 Total (up to 12 months) per unit J Inspection _ Price 12 ---- --------------... _........ ....$5,640.00 12................ _...._.._.-_.._.._..'_....._.....--------------.------... $4,128.00 12 : - - -....- $24,180.00 12 •. -: $17,064.00 •----... . COST NAME: Type of POS # of Price/unit/ Equipment (Y if yes Units from sheet LP200 N 10 $564.00 LP250 N 8 $516.00 LP5M/D N 31 $780.00 LP10 N 18 $948.00 LP11M N 15 $552.00 - 1Z $8,280.00 LP11D N 15 $432.00 _-_-_-__--__--__-• 12.....--........... ------ ........ __.......__ $6,480.00 12 $240.00 EVR N 1 $240.00 ._------------- ------- -- . _. $0.00 $0.00 Subtotal $66,012.00 Discount $ $ 10iscount % 10.00 Case Changes, accessories included, etc...(not discounted) Descon h ti #Un Price Ext Price City of Miami Fire $II•00 1999/2000 pricing $0.06 ($12.00) rota/ $66,000.00 Rounded Total $66.000.00 NET PRICE SUBTOTAL (from contracts billable page) OTHER AMOUNT to put on con&vctsbil/able pnje ($66,012.00) Pagel 98-- 566 �E\T 5t PHYjI,)-CI-\,R' L RED�100 ll- 4-97 i'. I,.I d, ..� lU4. yi •. Y,G LIPESAVING 7()C) :. FOR IIFE:;AVlf*. FEAMS November 03, 1997 City of Miami Fire Rescue 444 SW 2n0 Avenue Miami, FL 33130 Attn: Chief Maurice Kemp Dear Chief Kemp: I 1 U^ F'11) 5 1(. -CI )\T R()L CORP - 1 - )3373>_0U PHYSIO-CONTROL CORPORATION Is the manufacturer of the UFEPAK40 series of cardiac defibrWators/monkors. Only PHYSIO-CONTROL authorized Technical service Repr+ssenbstives provide mar authorized mainbarw, nce for PHYSIO- CONTROL CORPORATION products. This ensures your critical patient care equiprnsrt Is serviced by factory trained r'epresanMINW. and that parts manufactured expressly fbr the P UFEPAK are used. Sincerely, PHYSIO-CONTROL CORPORATION Michael R. Taylor Manager Worldwide Customer Operations If MRTlcft 'a.- 9$-- 566 AWARD SOLE SOURCE ITEM: Maintenance of Physio Control Cardiac Life Support Equipment DEPARTMENT: - Fire -Rescue TYPE OF PURCHASE: Contract Basis for three (3) years with the option to renew for two (2) additional one (1) year periods. REASON: To be utilized in the diagnosis and treatment of life threatening situations and must be maintained at all times in proper working condition. RECOMMENDATION: It is recommended that award be made to Physio-Control Corporation (Non-Minority/Non- local vendor), at a proposed annual cost not to exceed of $66,012.00, for the initial three (3) years period. Date z/procurement/bids/word/AwardSoleSource 3 98- 566